SOURCES SOUGHT
W -- Sources Sought: Moblie Office Rental
- Notice Date
- 2/19/2015
- Notice Type
- Sources Sought
- NAICS
- 532120
— Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
- Contracting Office
- ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-15-T-0076
- Response Due
- 3/2/2015
- Archive Date
- 4/20/2015
- Point of Contact
- Antoine L. Echols, 443-861-5013
- E-Mail Address
-
ACC-APG-TENANT CONTRACTING DIV
(antoine.l.echols.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Mobile Offices DESCRIPTION: The U.S. Army Contracting Command (ACC), Aberdeen Proving Ground (APG), Tenant Division located at Aberdeen Proving Ground, MD, is seeking information on potential sources that can provide mobile offices, also referred to as multi-use offices, in support of the Edgewood Chemical Biological Center (ECBC). The supplies and services are to be provided at Schofield Barracks Military Reservation, O ahu, Hawai i. The scope and specifications of the requirement are listed below. This is a market survey for information only. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of members of the community who can support the requirement. The North American Industry Classification (NAICS) Code of this requirement is 532120. Please identify your company's size standard on the applicable NAICS code of $35.5 million. SCOPE: The government is seeking supplies and services that will be used to support an emergency response deployment to handle chemical demilitarization in Hawaii between April and May 2015. The government will be destroying and treating chemical-filled munitions recovered at Schofield Barracks Military Reservation (SBMR) using the Explosive Destruction System (EDS). The supplies and services listed below will support the setup, operations, and teardown of this emergency response deployment. The mobile offices shall include air conditioning, lighting, tie downs and steps. Service shall include delivery, block and level, tie down for the trailers, installation of steps, tie down removal, teardown of steps, mobile office tear down, and removal of all the equipment provided. The government will perform electric hook-up and disconnect. Restrooms are not required. If included, they will not be hooked up. Rentals will be for 2 months. Specifications: 2 Trailer at 10'x44' w/10'x40' box (two rooms and two sets of stairs) 50/50 split between rooms are acceptable 10'x36' w/10'x32' box (two rooms and two sets of stairs) 50/50 split between rooms are acceptable SUBMISSION INSTRUCTIONS: If you believe your firm has qualified personnel, relevant past performance experience, and the technical capability to perform the work specified in the draft Performance Work Statement(PWS), please submit a technical capability statement including the following information: (1) company name and mailing address; (2) point of contact (name, telephone number, and e-mail address); (3) socio-economic status (small business, small disadvantaged business, women-owned business, veteran-owned business, large business, etc.); (4) brief statement describing how your company might propose to perform the percentage of work specified in FAR Clause 52.219-14 (b)(1)(i.e. - a single small business or an affiliation and/or team of small businesses) (Note: If more than one firm is contemplated, identify the socioeconomic status of each and identify which aspects of the draft PWS will be performed by each firm); (5) number of employees; (6) a brief summary of your company's experience and past performance within the past 3 years as it relates to the magnitude and scope of this requirement outlined in the draft PWS. Each company experience (Government or commercial) should include (a) name of the project, (b) a brief description of the project, (c) the contract or project number, (d) the dollar value of the contract/project, (e) the relevance of the contract/project to requirements in the draft PWS. Technical capability statements can be submitted in your own format and shall be 5 pages or less. The PWS is currently in a DRAFT format - if you would like to comment on the PWS, please include comments in the submittal. Again this announcement is being used solely to determine if there are potential vendors capable of providing the services. No reimbursement will be made for any costs associated with providing the information in response to this synopsis or any follow-on information. THIS IS NOT A REQUEST FOR PROPOSALS NOR IS THE TECHNICAL CAPABILITY STATEMENT CONSIDERED TO BE A PROPOSAL. Please send information via email to SSG Antoine Echols at antoine.l.echols.mil@mail.mil by 2 March 2015, 10 a.m. Eastern Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/113fea8a780ffbfb34b8fcb3e74f1d19)
- Place of Performance
- Address: ECBC Schofield Barracks O'ahu HI
- Zip Code: 96857
- Zip Code: 96857
- Record
- SN03645992-W 20150221/150219235040-113fea8a780ffbfb34b8fcb3e74f1d19 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |